Professional Documents
Culture Documents
(MINISTRY OF RAILWAYS)
e-PROCUREMENT DOCUMENTS
FOR
-1-
e BID CONTENTS
SN SECTION DESCRIPTION PAGES
FROM TO
1 Section 1 Notice Inviting e-Tender 3 9
-2-
SECTION - 1
e-Procurement Notice
-3-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
e-PROCUREMENT NOTICE
4.1 The complete Bid Document can be viewed / downloaded from the e-
Procurement portal i.e. https://www.tenderwizard.com/IRCON free of cost.
4
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
4.3 It is mandatory for all the bidders to have class-III Digital Signature
Certificate (in the name of person having power of attorney to sign the
Bid) from any of the licensed Certifying Agency (Bidders can see the list
of licensed CA’s from the link www.cca.gov.in) to participate in e-
Procurement of IRCON.
4.4 It is mandatory for the bidders to get their firm/company registered with e-
procurement portal of IRCON, i.e. https://www.tenderwizard.com/IRCON
to have user ID & password by submitting a non-refundable annual
registration charge of `2,500/-(exclusive of taxes, levies, etc.) which can
be paid online through Debit/ Credit Card in favour of “M/s ITI Limited”,
payable at New Delhi using the payment gateway of Punjab National
Bank. The registration so obtained by the prospective bidder shall be valid
for one year from the date of its issue and shall be subsequently renewed.
(a) It shall be the sole responsibility of the bidder(s) to keep the Registration
valid up to the original/extended date of submission of bid.
(b) Bids can be submitted only during the validity of their registration.
6.2 The purpose of the pre-bid meeting is to clarify issues and to answer
questions on any matter that may be raised.
6.3 The bidder is requested to submit his queries in writing so as to reach this
office not later than one week before the meeting. The bidder may also
send the pre bid queries to the mail id info@ircon.org, rs.yadav@ircon.org
and saurabh.kohli@ircon.org.
6.4 Any prospective bidders desirous of attending the pre bid meeting shall
send a letter of authority on its letter head specifying the name and
designation of the person who will be attending the pre bid meeting on its
behalf to the General Manager/HW, IRCON INTERNATIONAL
LIMITED,C-4,District Centre, Saket, New Delhi – 110017. Any such letter
of authority shall reach IRCON at least three days before the date of pre-
bid meeting.
6
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
9.0 Bidders cannot submit the tender after the due date and time of e-bid
submission. Time being displayed on e-procurement portal of IRCON
(“Standard Time”) shall be final and binding on the bidder. e-Bids are
required to be submitted by bidders, only as per the Indian Standard Time
(IST) and not the time as per their location/country.
10.0 The bidders are advised to submit their e-bids well before the e-bid due
date. IRCON shall not be responsible for any delay in submission of e-
bids for any reason including server and technical problems.
11.0 The Technical and Financial Bid shall be digitally signed by the
Authorized Signatory of the bidder & submitted “on-line” only. The
authorized signatory of the bidder must be in possession of Power of
Attorney before submitting the digitally signed bid. Scanned copies of
various documents can be prepared in different file format (PDF, JPEG).
Bidders can upload a single file of size 5 MB only but they can upload
multiple files.
13.0 Any tender received without original Earnest Money in the form as
specified in tender documents shall not be considered and shall be
summarily rejected.
15.0 Tenderers may note that they are liable to be disqualified at any time
during tendering process in case any of the information furnished by them
is not found to be true. EMD of such tenderer shall be forfeited. The
decision of IRCON in this regard shall be final and binding.
16.0 IRCON reserves the right to pre-qualify the bidder(s) provisionally based
on the documents submitted by them and open financial bid(s), subject to
their final verification. In the event of any document being found false, the
7
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
provisional qualification shall stand withdrawn, and the next lower bidder
shall automatically come to the position of such disqualified bidder. Action
against such disqualified tenderers shall be taken as per above clause
no.: 15.0 of Notice Inviting Tender.
17.0 The validity of the offer shall be for the period indicated in
“Appendix to Tender” after the date of opening (Technical Bid) of
the tender.
18.0 Purchase Preference Policy for Micro and Small Enterprises (MSEs)
Registered Firms:-
18.2 The tenderer(s) shall submit photocopy of current and valid MSEs
registration certificate inclusive of all the pages showing the category of
entrepreneur – whether the registered firm is owned by General or SC/ST
entrepreneurs, monetary limit of their registration for the items tendered to
avail the benefits under the policy. The MSEs shall also submit a copy of
“Entrepreneur’s Memorandum (Part-II)” of the concerned district centre
where the unit is established. The MSEs must also indicate the terminal
validity date of their registration.
18.3 Such MSE registered firms shall be exempted from payment of tender
document cost and payment of Earnest Money Deposit.
18.5 All bidders registered under Micro and Small Enterprises (MSEs) shall
have to satisfy the eligibility criteria at par with other bidders. There shall
not be any relaxation in eligibility criteria/ tender process or other tender
requirements and L.1 price.
8
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
(a) IRCON may offer up to 20% of the tendered quantity to those firms
registered under Micro and Small Enterprises (MSEs) Act whose quoted
rate falls within + 15% of the lowest valid bid quoted price by non-MSE
(L.1 offer) provided that they are willing to bring down their price matching
to that of L.1 bidder and subject to their monetary limit.
IRCON may split the total quantity of 20% proportionately amongst those
MSEs firms whose rate fall within price band of L.1 + 15% in case of more
than one MSEs firms falling within this purview. While splitting the quantity
amongst MSEs firms the first preference for 4 percent out of 20% shall be
given to MSEs owned by Scheduled Castes or Scheduled Tribes subject
to their monetary limit.
(b) Purchase preference facilities shall not be applicable in the tender where
quantity cannot be split. In such situations the total quantity shall be
offered to the lowest valid bidder irrespective of their registration status
and the benefit to MSEs shall be limited to exemption from cost of tender
document and Earnest Money Deposit only.
(c) The total quantity shall be offered to non-MSE lowest valid bidder, in case
suitable offer of MSEs firm is not available or they do not agree to match
the price to that of L1 bidder and the quoted price by MSEs is beyond
+15% of the lowest valid price bid.
18.7 The above facilities shall not be applicable for the items for which they are
not registered.
General Manager/HW
C-4, District Centre, Saket,
New Delhi – 110017
9
SECTION - 2
Form of Bid
- 10 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
FORM OF BID
To
Dear Sir,
I/We hereby declare that we have visited the site of the work and have made
ourselves fully conversant of the conditions therein and including the topography
of area, soil strata at site of work, sources and availability of construction
materials, rates of construction materials, water, electricity, all local taxes,
royalties, octroi etc., availability of local labour (both skilled and unskilled),
relevant labour rates and labour laws, the existing road and approaches to the
site of work, requirements for further service roads / approaches to be
constructed by me / us, the availability and rates of private land etc. that may be
required by me / us for various purposes, climatic conditions, law and order
situation and availability of working days.
I/We have quoted our rates for various items in the Bill of Quantities taking into
account all the above factors and I/We offer to do the work
“_____________________________________________” (Six- Laning of
Davanagere-Haveri Section of NH-48 (Old NH-4) in the State of Karnataka -
Pkg.1B from Km. 275+600 to 282+450) at the rates quoted in the attached Bill
of Quantities and hereby bind ourselves to complete the work in all respects
within time schedule depicted in tender documents from the date of issue of
letter of acceptance of tender.
-11-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
I/We also understand that until a formal Contract Agreement is executed, Letter
of Acceptance along with all tender documents shall constitute a binding contract
between me/us and Ircon International Limited.
Our Bank Account No. for the purpose of refund of EMD is……….… (`Account
No., Name of A/C Holder, other details for NEFT/RTGS).
Thanking you,
Yours Faithfully,
_________________________________________________________ (In
Block capital letters)
-12-
SECTION - 3
Instructions to Tenderers
-13-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
- 14 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
INSTRUCTIONS TO TENDERERS
A.
1 General
1.4 Throughout these bidding documents, the terms “bid” and “tender” and
their derivatives (“bidder”/ “tenderer”),“bid/tendered”, “bidding”/
“tendering”, etc.) are synonymous. Day means calendar day. Singular
also means plural.
1.5 Scope of Work: The scope of work is broadly described as “Six- Laning
of Davanagere-Haveri Section of NH-48 (Old NH-4) in the State of
Karnataka - Pkg.1B from Km. 275+600 to 282+450
1.5.1 Work is to be carried out as per the approved drawings, specifications and
instructions of the Engineer. Items of works to be executed shall be
generally as per the BOQ/ Schedule of the contract, MoRTH Specifications
and as per instructions of the Engineer.
i. True and proper setting out and layout of the works, providing
location marks, bench marks, preparation of report and plans.
ii. Construction of road including construction of carriage way,
service road, shoulders and medians, structures, provision of
drainage.
iii. Earthwork in excavation and embankment with suitable soil
available from existing road cutting/ private /Government land.
iv. Construction of Granular Sub-base.
v. Construction of Wet Mix Macadam base
vi. Construction of Dense Bituminous Macadam (DBM) course
using bitumen grade (VG 40 and/ or other grade as required to
meet the design requirements).
- 15 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
1.5.4 The scope given above is only indicative. The detailed scope has been
described in the tender documents.
- 16 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
1.7 A bidder shall submit only one bid in the capacity of an Individual or
Sole Proprietor, Partnership firm, or Company. Violation of this
condition is liable to disqualify the tenders in which such bidder has
participated and EMD of all such tenderers shall stand forfeited.
2 Cost of Bidding
2.1 The bidder shall bear all costs associated with the preparation and
submission of the bid and the Employer will in no case be responsible
or liable for these costs regardless of the conduct or the outcome of the
bidding process.
The tenderers must use the online technical and financial sheets
available in excel format in this Tender Document for submission of
their Technical as well as Financial Bid. Any Bid not conforming to the
prescribed format is liable to be declared non-responsive.
4.1 The bidder must obtain for itself on its own responsibility and its own
- 17 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
4.2 The bidder is advised to visit and examine the site where the work is to
be executed and its surroundings or other areas as deemed fit by the
bidder and obtain for itself on its own responsibility all information that
may be necessary for preparing the bid and execution of the contract.
The cost of visiting the site and collecting relevant data shall be at the
bidder’s own expenses. It is a condition of the tender that the tenderer
is deemed to have visited the site and satisfied himself with all the
conditions prevailing including any difficulties for executing the work.
4.3 Bidders will examine the various provisions of The Central Goods and
Services Tax Act, 2017 (CGST)/ Integrated Goods and Services Tax
Act, 2017 (IGST)/ Union Territory Goods and Services Tax Act, 2017
(UTGST)/ respective state’s State Goods and Service Tax Act (SGST)
also, as notified by Central/State Government and as amended from
time to time and applicable taxes before bidding. Bidders will ensure
that full benefit of Input Tax Credit (ITC) likely to be availed by them is
duly considered while quoting rates.
4.6 At any time prior to the deadline for submission of bids, Employer may
for any reason whether at its own initiative or in response to any
request by any prospective bidder amend the bidding documents by
issuing Corrigendum, which shall be part of the Tender documents. The
amendment shall be advised to all the prospective bidders.
4.7 Employer may at its discretion extend the deadline for submission of
the bids at any time before the time of submission of the bids.
5 Language of Bid
5.1 The bid prepared by the bidder and all documents related to the bid
shall be written in English.
- 18 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
6.2 While filling up the rates in the Bill of Quantities, tenderer shall ensure
that the rates are filled up in figures only. System will automatically
convert such filled up rates into words. In case of item rate tenders, the
system will automatically calculate the total price by multiplying the unit
rate with quantity.
6.3 The bid should be submitted online only in the prescribed format given
in the e-procurement portal of IRCON. No other mode of submission is
accepted. The Technical and Financial Bid shall be digitally signed by
the authorized signatory of the bidder & submitted “online” only. No
hard copy of Technical and Financial bid is required to be
submitted.
The tenderer may download financial bid form and upload the same duly
filled through online e-Procurement process.
The tenderer must fill and submit the prices as per instructions given in
Bill of Quantities. The system does not permit any addition or alteration
in the tender documents. The requisite details should be filled in by the
tenderer wherever required in the documents. Incomplete tender or
tender not submitted as per instructions is liable to be rejected. If a
tenderer does not quote a price/rate for any Bill of Quantities (BOQ)
item, the system will not accept the tender document.
7 Deviations
7.1 The tenderer should clearly read and understand all the terms and
conditions, specifications, drawings, etc. mentioned in the original
tender documents. If the tenderer has any observations, the same may
be indicated in his forwarding letter along with the tender.
9 Earnest Money
9.1 The tenderer must furnish the Earnest Money as indicated in ‘Appendix
to Tender’ for the work as specified failing which the tender shall be
summarily rejected. The Earnest Money may be in any one of the
following forms:
- 19 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
9.2.1 The Earnest Money of the tenderer shall be forfeited if he withdraws his
tender after opening of the tender during the period of tender validity
specified in the “Appendix to Tender” or extended validity period as
agreed to in writing by the tenderer.
9.2.2 The Earnest Money of the successful tenderer is liable to be forfeited if
he fails to;
i) sign the Contract Agreement in accordance with the terms of the
tender, or
ii) furnish Performance Guarantee in accordance with the terms of the
- 20 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
tender, or
iii) commence the work within the time period stipulated in the tender.
9.3.2 The Earnest Money Deposit of the successful tenderer shall be dealt as
under:-
ii) If the Earnest Money Deposit (EMD) is in the form of Demand Draft/Pay
Order/ NEFT or RTGS, the same shall be retained towards retention
money and further deduction of retention money from the bills shall
commence after adjusting this EMD amount.
10.1 Integrity Pact will be applicable for all tenders/ contracts (for works &
supply) of value `5 Crore & above at all Indian projects. Integrity Pact
attached as Annexure-VI to ‘Instructions to Tenderers’ shall become a
part of tender.
- 21 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
10.4 Only those vendors/bidders who sign the Affidavit shall be qualified to
participate in the bidding process.
10.5 The Integrity Pact will be signed by IRCON at the time of execution of
Agreement with the successful tenderer.
11.1 The tender shall remain valid for the period indicated in “Appendix to
Tender” after the date of the opening of the tender. If the Tenderer
gives validity period less than that fixed/prescribed by Employer, the
tender shall be liable to be rejected.
11.2 Notwithstanding the above clause, Employer may solicit the tenderer’s
consent to extend the validity period of the tender. The request and the
response shall be made in writing.
D. Submission of Bids
12.2 Any tender related documents received after opening of the tender
shall be rejected.
- 22 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
13.1 The tenderer may modify, substitute or withdraw his e-bid after online
submission prior to the date and time of e-bid opening.
13.2 For modification of e-bid, bidder has to first detach its old e-bid from
the e-procurement portal of IRCON and then upload / resubmit digitally
signed modified e-bid in the e-procurement portal of IRCON.
13.3 For withdrawal of e-bid, bidder can withdraw his e-bid by clicking on
withdrawal icon at e-procurement portal.
- 23 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
18.1 The Employer shall examine the bids to determine whether they are
complete, whether physical copy of all the relevant documents have
been received not later than the prescribed date and time for e-bid
submission and generally they are in order.
ii) That limits in any substantial way, inconsistent with the bidding
documents, the Employers’ rights or the successful Bidder’s
obligations under the contracts; or
- 24 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
20 Canvassing
23 Award of Contract
- 25 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
- 26 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
- 27 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
Annexure -‘I’
e-mail Address :
Name of bank :
Address of bank :
Account No. :
IFSC :
e-mail Address :
- 28 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
Annexure -‘II’
(Ref. Clause 24 of ‘Instructions to Tenderers’ at Page 19)
- 29 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
Annexure-'III'
(Ref. Clause 24 of ‘Instructions to Tenderers’ at Page 19)
ASSESSMENT OF PERFORMANCE OF WORKING CONTRACTOR
- 30 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
Annexure-'IV'
(Ref. Clause 5 of Essential Qualifying Criteria)
FORMAT
AFFIDAVIT
1. Neither our firm nor any of the members/ partners in any manner as an
individual or the constituent partner in case of partnership firm have
been declared non-performer by any Organization / Authority / Public
Sector Enterprises in India, any Government Department in India or a
multilaterally funded agency during the last two years prior to the date of
our bid submission.
2. As on date our bid submission, neither our firm nor any of the members/
partners in any manner as an individual or the constituent partner in
case of partnership firm are debarred for tendering, blacklisted,
suspended in any Organization / Authority / Public Sector Enterprises in
India, any Government Department in India or a multilaterally funded
agency.
6. We have read and understood all the provisions included in the Integrity
Pact and abide by them, if applicable.
7. We have read and understood all the provisions included in the bid
documents and abide by them.
- 31 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
ANNEXURE – V
(Ref. Clause 3.0 of e-Procurement Notice)
i) Three similar completed works each costing not less than the amount
equal to 40% of the estimated cost.
ii) Two similar completed works each costing not less than the amount equal
to 50% of the estimated cost.
iii) One similar completed work costing not less than the amount equal to
80% of the estimated cost.
Notes:
Following will be considered as similar work*.
The tenderer should submit performance certificates, in reference to 1.0 (i) to (iii)
above from clients. For the purpose of meeting the specialized activity
experience requirement the work need not have been completed, i.e; this
requirement can be met from either ongoing work or from completed work.
- 32 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
2. The average annual financial turnover during the last 3-years should be at
least 40% of the estimated cost.
Notes:
3. The Contractor should have positive net worth. This will be judged from
the audited Balance Sheet of the last financial year ending on a date not
prior to 18 months from the date of submission of the tender.
7.2 The Employer shall evaluate Price Proposals of each Bid for which
the Technical Proposals have been determined to be substantially
responsive.
Clause No. & Details of value of work/quantity of activity and References (Folio No.) of
Clause heading Documents through which criteria against each item is being met.
Package Package Package Combined Combined Combined Combined
1A 1B 2 Package Package Package Package
1A & 1B 1A & 2 1B & 2 1A,1B & 2
1.0 of ITT
Completed
Similar works
during the last 7
years
- 34 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
- 35 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
ANNEXURE – VI
(Ref. Clause 10 of Instructions to Tenderers)
INTEGRITY PACT
General
The expressions “IRCON” and “BIDDER” shall mean and include their
respective legal representatives, successors in interest, and assigns and
shall collectively be referred to as “the Parties” and individually as “the Party”.
WHEREAS IRCON necessarily requires full compliance with all relevant laws
of the land, rules, and regulations, economic use of resources, and
fairness/transparency in relations with its Bidder(s) and/or Contractor(s).
NOW, THEREFORE,
- 36 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
1. Scope
2. Commitments of IRCON
2.2 IRCON will, during the entire tender process stage, treat all BIDDERs
with equity and reason. It will provide to all BIDDERs the same
information and will not provide any such information to any particular
BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.
- 37 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
2.3 IRCON shall obtain bids from only those party/parties who have been
short-listed or pre-qualified or through a process of open
advertisement / web publishing or any combination thereof.
3. Commitments of BIDDERs
3.1 The BIDDER commits itself to take all measures necessary to prevent
corrupt practices, unfair means, and illegal activities during any stage
of bid including pre-contract, contract, or post-contract stage. In
particular the BIDDER undertakes to abide by the measures given in
the following paragraphs.
3.2 The BIDDER will not offer, directly or through intermediaries, any
bribe, benefit, or any other advantage like commission, fees,
brokerage or inducement to any official of IRCON, connected directly
or indirectly with the bidding process, or to any person, organization or
third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting, and implementation of the contract.
3.3 The BIDDER has not given, offered, or promised to give, directly or
indirectly, any bribe or any benefit or other advantage like commission,
fees, brokerage, or inducement to any official of IRCON or their family
- 38 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
3.4 The BIDDER will disclose the name and address of its agents and
representatives, if any, in India and/or abroad.
3.6 The BIDDER further confirms and declares to IRCON that the
BIDDER has not engaged any individual or firm or company, whether
Indian or foreign, to intercede, facilitate, or in any way to recommend
to IRCON or any of its functionaries, whether officially or unofficially,
award of the contract to the BIDDER, nor has any amount been paid,
promised, or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation, or
recommendation.
3.7 The BIDDER will not collude with other parties interested in the
contract to impair the competition, transparency, fairness, and
progress of the bidding process, bid evaluation, contracting, and
implementation of the contract.
3.8 The BIDDER will not accept any advantage in exchange for any
corrupt practice, unfair means, and illegal activities.
3.9 The BIDDER will not use for purposes of competition or personal gain,
or pass on to others, any information provided by IRCON as part of
the business relationship, regarding plans, technical proposals, and
business details, including information contained in any electronic data
carrier. The BIDDER also undertakes to exercise due and adequate
care lest any such information is divulged.
- 39 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
3.10 The BIDDER commits to refrain from making any complaint, directly or
through any other manner, without supporting it with full and verifiable
facts. If the BIDDER submits frivolous or false complaint(s), it will be
liable to attract sanctions as mentioned in Para 5 of this Pact.
3.11 The BIDDER will not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
3.12 If the BIDDER or any employee of the BIDDER or any person acting
on behalf of the BIDDER, either directly or indirectly, is a relative of
any of the officers of IRCON, or alternatively, if any relative of an
officer of IRCON has financial interest/stake in the BIDDER's firm, the
same will be disclosed by the BIDDER at the time of filing of tender.
3.13 The BIDDER will not lend to or borrow any money from or enter into
any monetary dealings or transactions, directly or indirectly, with any
employee of IRCON.
4. Previous Transgression
- 40 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
5.1 Any breach of the provisions of this Pact by the BIDDER or anyone
employed by it or acting on its behalf (whether with or without the
knowledge of the BIDDER) shall entitle IRCON to take all or any one of
the following actions, wherever required:-
- 41 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
5.3 The decision of IRCON to the effect that a breach of any provision of
this Pact has been committed by the BIDDER shall be final and
conclusive on the BIDDER.
5.4 The BIDDER shall be liable to pay compensation for any loss or
damage to IRCON in the event of any action under this Para 5 and
IRCON shall be entitled to deduct the amount so payable from the
money(s) due to the BIDDER.
6.4 Both the Parties accept that the IEMs would have a right to access,
without restriction, to all Project documentation of IRCON and the
BIDDER upon request and demonstration of a valid interest by the
IEMs. The same is also applicable to sub-contractors of the BIDDER.
The IEMs shall be under contractual obligation to treat the information
and documents of all the parties with confidentiality.
- 42 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
6.6 The IEMs would then examine all complaints, other than
anonymous/pseudonymous complaints, received by them and give their
written report to the CMD of IRCON within 6 weeks from the date of
reference or intimation to him by IRCON/BIDDER and, should the
occasion arise, submit proposals for correcting problematic situations.
7. Law and Place of Jurisdiction
The actions stipulated in this Integrity Pact are without prejudice to any
other legal action that may follow in accordance with the provisions of
the extant law in force relating to any civil or criminal proceedings.
9. Validity
9.1 The validity of this Integrity Pact shall be from the date of its signing
and extend up to 5 years or the complete execution of the contract to
the satisfaction of both IRCON and the BIDDER including Defect
Liability/Warranty period, whichever is later. In case BIDDER(s) is
(are) unsuccessful, this Integrity Pact shall cease to be valid on the
expiry of two months from the date of award of the contract.
- 43 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
9.2 Should any provision of this Pact turn out to be invalid, the remaining
parts of this Pact shall remain unaffected which shall be honoured and
implemented by the Parties in its intent and spirit.
10. The Parties hereby sign this Integrity Pact at -----------on---------
(SEAL) (SEAL)
Witness Witness
1. 1 ------------------------------------------
2.----------------------------------------- 2. ------------------------------------------
- 44 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
Annexure-A
LIST OF RELATIVES
1. Father:
2. Mother:
3. Son:
4. Son's wife.
5. Daughter.
6. Daughter’s husband.
7. Brother:
8. Sister:
- 45 -
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
Annexure-B
- 46 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
CONTENTS
- 47 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
1 Introduction
2 Scope
2.1 The procedure for (i) Suspension and (ii) Banning of Business
Dealings with Agencies, is laid down in these guidelines.
2.2 It is clarified that these guidelines do not cover the process for
declaring an Agency as “Non Performer” for which instructions have
been issued separately.
2.3 The suspension / banning shall be with prospective effect, i.e., it will
affect future business dealings only.
- 48 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
3 Definitions
Note: 'Competent Authority' and 'Appellate Authority' shall not be the same
person.
iv) Other Terms used in this Circular shall have the same meaning as
assigned to them in Clause 1102 of Chapter-XI of Vigilance Manual
of Indian Railways.
4.3 If there is strong justification for believing that any Director, Proprietor,
Partner, owner of the Agency has been guilty of malpractices, such as
bribery, corruption, fraud, substitution of tenders, interpolations, etc.
- 49 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
4.8 If the Agency has submitted a false or wrong Affidavit along with its bid
with regard to the credentials of the firm or misrepresented/
manipulated the facts in regard to or in connection with any bid
submitted to IRCON.
4.11 If the business dealings with the agency have been banned by the
Ministry of Railways.
(Note: The above grounds are illustrative only and not exhaustive. The
Competent Authority may decide to suspend/ban business dealings for
any other reasonable cause and sufficient reason)
5 Initiation of Suspension/Banning:
5.1.2 As far as possible, the existing contract(s) with the Agency may be
continued unless the Competent Authority, having regard to the
circumstances of the case decides otherwise in the interest of IRCON.
- 50 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
5.1.7 The order of suspension can be issued without giving any show cause
notice or personal hearing to the Agency. However, the suspension
cannot be continued for an indefinite period, unless a show-cause
notice for banning of business is issued within 6 (six) months, the
period of suspension will either be extended or the suspension shall
be revoked.
5.2.1 A decision to ban business dealings with any Agency shall normally
apply throughout IRCON. However, the Competent Authority can
impose such a ban project/region wise only if in the particular case
banning of business dealings in respective project/region will serve the
purpose and achieve its objective and banning throughout the
Company is not required in view of the local conditions and impact of
the misconduct / default. Any ban imposed by Corporate Office shall
be applicable across all Units of IRCON.
- 51 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
iii. To examine the reply to show-cause notice and call the Agency for
personal hearing, if required.
5.2.4 The show cause notice, duly approved by the Competent Authority,
may be issued by Regd. A.D./Speed Post by concerned ED in charge
of the project along with a statement containing the imputation of
misconduct or malpractice and the Agency should be asked to submit
its written explanation or statement in defence within 30 days of the
date of notice. If no reply is received, a decision may be taken ex-
parte by the Investigating Committee based on facts and evidence on
record.
5.2.6 After considering the reply of the Agency and other circumstances and
the recommendation of the investigating committee, a final decision
shall be taken by the Competent Authority, if considered necessary
after giving an opportunity for personal hearing to the Agency. The
Competent Authority may then consider and pass an appropriate
speaking order:
b) banning the business dealings with the Agency along with the period
for which the ban would be operative, if the charges are proved.
- 52 -
Procedure for Suspension/Banning of Business Dealings
with agencies in IRCON
5.2.7 The order for banning of business dealings by all units of IRCON shall
be applicable to the Agency including its allied firms as defined in Para
1102 of IR Vigilance Manual.
5.2.9 The validity of the banning order shall be for a specified time period,
on expiry of which, the banning order shall cease to operate, unless
extended further by competent authority.
6.1 The Agency may file an appeal against the order of the Competent
Authority for suspension continuing beyond six months or order of
banning business dealings with the Agency. The appeal shall lie with
the Appellate Authority. Such an appeal shall be preferred within one
month from the date of receipt of the order banning of business
dealings or order of continuance of suspension order beyond six
months.
6.2 Appellate Authority shall consider the appeal and pass an appropriate
order which shall be communicated to the Agency as well as the
Competent Authority.
P.S. : Where ED is not dealing with the case of a particular contract(or), the
same action may be taken by the Coordinating GM or any other officer
made in-charge for the work.
- 53 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
ANNEXURE – VII
(Ref. Clause 8.0 of e-Procurement Notice, sub-clause ‘C. 6.3’ of ITT, sub-clause D.12.2 of ITT &
sub-clause D. 15.1 of ITT)
CHECK LIST for list of documents duly page numbered, signed, stamped by authorized
signatory of the Bidder to be scanned, uploaded (in PDF/ JPG format such that file size is not
more than 5 MB) with the e-tender and submitted online not later than the prescribed date and
time for e-bid submission:
ii) Financial bid submitted by any bidder in physical form shall not be
considered and the same will be left un-opened.
- 54 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
ANNEXURE-VIII
To
Gentlemen:
- 55 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract up to ______ (until IRCON INTERNATIONAL
LIMITED receives/recovers full repayment of advance along with interest
accrued thereon from the Contractor).
Yours truly,
Name of Bank:
Address:
Date:
- 56 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
ANNEXURE-IX
(Ref. Sub-clause 9.1 c) of Instructions to Tenderers)
To
(i) If the bidder withdraws his tender during the period of tender validity
specified in the tender or extended validity period as agreed to in writing
by the tenderer;
or
(ii) If the successful tenderer having been notified of the acceptance of his
tender by IRCON INTERNATIONAL LIMETED during the period of Bid
validity:
(a) fails to sign the Contract Agreement in accordance with the terms
of the tender; or
- 57 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
(c) fails to commence the work within the time period stipulated in the
tender.
3. This guarantee will remain valid and in full effect up to and including the
date ____________ **. Any demand in respect of this Guarantee should
reach the Bank not later than the above date.
4. We, the ____________ Bank further agree that this guarantee shall be
invokable at our place of business at New Delhi/Project HQ (Indicate
detail address of branch with Code No.)***. The branch at New Delhi is
being advised accordingly.
SEAL ________________________
WITNESS _____________
_______________________________________________________________
*. The Bank should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as
mentioned in the Tender Notice named on top.
**. Date to be filled in keeping a margin of minimum 180 days after the last
date for submission of Bids as stated in the “Notice Inviting Tenders” or as
executed by IRCON INTERNATIONAL LIMITED (through corrigenda).
***. The Bank should indicate detailed address of New Delhi/Project HQ
branch along with its Code No.
- 58 -
ANNEXURE-X
(Ref. Sub-clause 9.1 c) of Instructions to Tenderers)
List of Cities from where Bank Guarantees from Scheduled Bank Branches will be
recognized by IRCON INTERNATIONAL LIMITED
a. All State Capitals in India
b. Other cities including Capital cities as listed below:
S.N. Cities S.N. Cities S.N. Cities
FORMAT-1
(Ref. Sr. No. 3. of Annexure-VII to Instructions to Tenderers)
DETAILS OF SIMILAR WORKS COMPLETED IN LAST SEVEN YEARS
S. Description Name and Contract Date Stipulated Date of Value of Reasons Penalty, if Any other Remarks
No. of the Work address No. and of date of actual completed for any, relevant
of the date award completion completion work delays, if imposed information
Employer of (In Lacs of `) any for delay
work
1
2
3
4
5
6
Note :
-60-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
FORMAT-2
(Ref. Sr. No. 4 of Annexure-VII to Instructions to Tenderers)
ANNUAL TURNOVERS FOR THE LAST THREE YEARS
Note :
1. Please attach certified/attested copies of the latest ITCC and/or Profit and Loss Account statement to support the information
furnished.
-61-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
FORMAT-3
(Ref. Sr. No. 5. of Annexure-VII to ITT of Instructions to Tenderers)
PROGRAMME FOR DEPLOYMENT OF MAN POWER
-62-
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
FORMAT-4
(Ref. Sr. No. 6. of Annexure-VII to ITT at Page 45 of ITT)
PROGRAMME FOR DEPLOYMENT OF PLANT AND MACHINERY PROPOSED TO BE ENGAGED ON THE PROJECT
S. Description Make Model & Year Capacity Condition Nos. Programme of Remarks
No. of proposed to Deployment
manufacture be deployed
1
2
3
4
-63-
SECTION - 4
Appendix to Tender
64
e-Procurement Documents DAVANAGERE HAVERI HIGWAY PROJECT
APPENDIX TO TENDER
Client:- 1.3(a) of
Ircon Davanagere Haveri Highway Limited Instructions
to Tenderers
Employer:- 1.3(b) of
IRCON INTERNATIONAL LIMITED Instructions
C-4, District Centre, to Tenderers
Saket, New Delhi-110 017.
-- 65 -
SECTION - 5
Special Conditions of Contract
-- 66 -
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
1.0 GENERAL
2.2 Work is to be carried out as per the approved drawings, specifications and
instructions of the Engineer. Items of works to be executed shall be generally
as per the BOQ/ Schedule of the contract, MoRTH Specifications and as per
instructions of the Engineer.
i. True and proper setting out and layout of the works, providing location marks,
bench marks, preparation of report and plans.
ii. Construction of road including construction of carriage way, service road,
shoulders and medians, structures, provision of drainage.
iii. Earthwork in excavation and embankment with suitable soil available from
existing road cutting/ private land.
iv. Construction of Granular Sub-base.
v. Construction of Wet Mix Macadam base
vi. Construction of Dense Bituminous Macadam (DBM) course using bitumen
grade (VG 40 and/ or other grade as required to meet the design
requirements).
vii. Construction of Bituminous Concrete (BC) course using bitumen grade (VG 40
and/ or other grade as required to meet the design requirements).
viii. Construction of pipe/slab/box culverts, Underpasses, Minor bridges, Major
Bridges, Flyovers etc.
ix. Widening and Rehabilitation of existing structures.
x. Drainage and protective works.
xi. Development of Junctions.
xii. Approaches to the existing bridges and new bridges.
-67
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
xiii. Any other item of work as may be required for completing the road works
including all incidental works in all respects in accordance with the provisions
of the contract.
2.5 During the period of the contract the right of way and all existing roads shall
be kept open for traffic for a safe and usable condition. Traffic control and
traffic diversions shall be provided as necessary to protect the works as
directed by the Engineer and provided in the contract.
The contractor shall arrange the land for site office of employer in the same
campus where the contractor’s site office and laboratory is located. The charges
for land are deemed to be included in the bid whereas, the site office and its
maintenance during entire construction period is being compensated by
payment as per relevant BoQ items.
-68
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
5.2 Payment:
After fulfillment of the pre-conditions as described in para 5.1 above, the
mobilization advance shall be released to the Contractor in following stages:
-69
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
5.3 Recovery:
The recovery of mobilisation advance along with upto date interest thereon
shall commence from the Contractor’s on account bills when the value of the
work executed under the contract reaches 15% of original contract value, and
shall be completed when the value of work executed reaches 85% of the
original contract value. The installments on each “on account bill” shall be on
pro-rata basis.
5.3.1 In the event of amount of outstanding advance with interest thereon becoming
more than the available B.G., the Contractor shall have to provide a fresh B.G.
with increased amount or provide a separate B.G. to cover additional amount
likely to be overdue beyond the existing value of Bank Guarantee.
7.0 TAXES AND DUTIES (Ref.: G.C.C. Clause ‘56.0’,’57.0’, ‘62.0’ ‘64.0’
and sub-clause no. 4.3, 4.4 and 4.5 of ‘Instructions To Tenderers’ )
7.1 The Contractor shall get registered with the concerned Goods and
Services Tax Department of the relevant state(s) of the project and
submit a copy of the same to the Employer/Engineer. He shall be
responsible for filing Goods and Services tax returns and assessments,
as necessary as per prevalent Laws, Rules and Regulations and shall
also furnish necessary certificates to Employer/Engineer from time to
time. (Refer clause 56.0 (v) of GCC).
-70
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
7.2 Wherever certain exemptions / benefits are available on custom duty the
Contractor shall consider the same while quoting his rates. For instance,
materials/ Plant and Machinery etc. used for execution of the projects
financed by International organizations enjoy exemption from custom
duty under Foreign Trade Policy as Deemed Export on fulfilling the
conditions as per Govt. notifications. Similarly the Contractor shall
ensure that whenever any benefits are available under any other law,
these shall be considered while quoting the rates.
IRCON will settle labour cess liability for entire project and to meet this
liability Ircon will de deducting an amount @ 1% of gross bill amount from all
bills (on account /final bill) of the contractor. In case there is change in rate of
labour cess as per law, in that case also there will not be any change in recovery
rate and same shall remain @ 1% of gross bill..
9.1 The amounts payable to the Contractor through on account bill for the works
shall be adjusted in accordance with the provisions of this Clause for the
increase or decrease in the index cost of inputs for the works by addition or
subtraction of the amounts determined by the formulae produced below
9.2 Price adjustment in accordance with this Sub-clause shall apply only for work
carried out within the stipulated time or extensions granted by the Employer.
Adjustments for work carried out beyond the stipulated time, for reasons
attributable to the Contractor, shall be paid in accordance with Sub-clause-9.3
below:
9.3 In case extension of time is granted to the contractor for the reasons not
attributable to the contractor, the price adjustment shall also be made for the
work executed in extended period as per the formula described in the clause 9.6.
However, in case extension of time is granted to the contractor for the reasons
attributable to the contractor, the price adjustment shall be made for the part
work executed after the original completion period at price indices as applicable
in the month when the original completion period/extended period granted for
the reasons not attributable to the contractor expires.
9.4 To the extent that full compensation for any rise or fall in costs to the
Contractor is not covered by the provisions of this clause, the unit rates and
-71
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
prices included in the contract shall be deemed to include amounts to cover the
contingencies of such other rise or fall of costs.
9.5 The price adjustment, if any, as admissible in terms of the above clauses, shall
be made for increase or decrease in rates and prices of labour, materials, Plant,
Machinery and Spares, fuels and lubricants, Bitumen, Cement, Steel and other
materials in accordance with the following principles and procedures as per
formula given below. The amount certified in each payment certificate shall be
adjusted by applying the respective price adjustment factor to the payment
amounts.
9.6 The following percentages will govern for working out the price of adjustment:
Labour – Pl – 5%
Plant and Machinery and Spares – Pp - 17%
Bitumen – Pb – 6%
POL – Pf – 10%
Other materials – Pm – 40%
Cement (Pc) – 8%
Steel (Ps) - 14%
(a) Price adjustment shall be calculated for work done as per formula given
below; and
(b) Following expressions and meanings are assigned to the value of work done
during each month:
R = Total value of work done during the month. It would include the value of
materials on which secured advance has been granted, if any, during the
month, less the value of materials in respect of which the secured advance has
been recovered, if any, during the month. This will exclude cost of work on
items for which rates were fixed under variations clause (58 & 59 of GCC)
for which the escalation will be regulated as mutual agreed at the time of
fixation of rate.
Price adjustment for increase or decrease in the cost due to labor shall be paid
in accordance with the following formula:
L0 = the average consumer price index for industrial workers for Bangalore
centre on the day 28 days prior to the closing date of submission of bids as
published by Labour Bureau, Ministry of Labour, Government of India.
-72
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Li = The average consumer price index for industrial workers for Bangalore
centre on the day 28 days prior to the last day of the period to which a
particular on account bill is related as published by Labour Bureau, Ministry
of Labour, Government of India.
Price adjustment for increase or decrease in the cost of plant and machinery
spares procured by the Contractor shall be paid in accordance with the
following formula:
P0 = The all India average wholesale price index for heavy machinery and
parts on the day 28 days prior to the closing date of submission of bids as
published by the Ministry of Commerce & Industry, Government of India.
Pi = The all India average wholesale price index for heavy machinery and
parts on the day 28 days prior to the last day of the period to which a
particular on account bill is related as published by the Ministry of Commerce
& Industry, Government of India.
Note: For the application of this clause, index of Heavy Machinery and Parts has been
chosen to represent the Plant and Machinery Spares group.
Price adjustment for increase of decrease in the cost of bitumen shall be paid in
accordance with the following formula:
-73
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Price adjustment for increase or decrease in cost POL (fuel and lubricants
shall be paid in accordance with the following formula:
F0 = The average official retail price of of High Speed Diesel (HSD) at the
existing consumer pumps of IOC at Bangalore on the day 28 days prior to
date of submission of bids.
Fi = The average official retail price of HSD at the existing consumer pumps
of IOC depot at Bangalore on the day 28 days prior to the last day of the
period to which a particular on account bill is related.
Note: For the application of this clause, the price of High Speed Diesel oil has been
chosen to represent fuel and lubricants group.
Price adjustment for increase or decrease in cost of Local materials other than
cement, steel, bitumen, plant spares and POL procured by the Contractor shall
be paid in accordance with the following formula:
M0 = The all India average wholesale price index (all commodities) on the
day 28 days prior to date of submission of bids, as published by the Ministry
of Commerce & Industry, Government of India, New Delhi.
Mi = The all India, average wholesale price index (all commodities) on the 28
days prior to the last day of the period to which a on account bill certificate is
-74
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
vi. Adjustment for Steel i.e. (Reinforcement steel, structural steel, HTS
wires etc.)
S0 = The all India average wholesale price index (Steel rods & Bars) on the
day 28 days prior to date of submission of bids, as published by the Ministry
of Commerce & Industry, Government of India, New Delhi.
Si = The all India, average wholesale price index (Steel rods & Bars) on the
28 days prior to the last day of the period to which a on account bill certificate
is related as published by the Ministry of Commerce & Industry, Government
of India, New Delhi.
C0 = The all India average wholesale price index (For Ordinary Portland
Cement) on the day 28 days prior to date of submission of bids, as published
by the Ministry of Commerce & Industry, Government of India, New Delhi.
Ci = The all India, average wholesale price index (For Grey Cement) on the
28 days prior to the last day of the period to which a particular on account bill
is related as published by the Ministry of Commerce & Industry, Government
of India, New Delhi.
Pc = Percentage of Cement.
-75
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
12.1 In order to ensure required progress during execution of the work, the
contractor will be expected to achieve the following milestone targets ahead
of dates mentioned against each.
-76
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Notes:
i) ‘D’ is the date of Handing over of land to the contractor.
ii) “Contractor should note that Land for widening is available for
execution work as information received from the Authority. Contractor
must deploy resources like man, material and plant, machinery, etc. with
the consent of Engineer. It is Contractor’s obligation that he has to
execute and complete the works in time.
12.2 Failure to accomplish milestone targets within allocated time frame, save for
reasons accepted as valid by the Engineer, shall create and constitute ground
for failure on the part of contractor for maintaining progress of the work as
per agreed programme.
-77
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
12.3 Any failure to comply with the time schedule for any activity/ activities as
indicated above in Milestone table shall be subject to recovery of a sum @
Rs.50,000/- (Rupees Fifty Thousand) per day delay for each milestone.
13.2 The Contractor shall maintain, rectify and make good at his own cost any
defect/deficiencies, which may develop in the work or as notified by the
Engineer during Defect Liability Period as specified in the Appendix to
Tender. If required, reconstruction shall also be done by the Contractor for
defective works at his own cost.
However, maintenance during Defect Liability Period shall not include day
to day upkeep, cleaning, custody and security of the work.
14.1 The site for execution of works shall be made available as soon as the work
is awarded. In case, it is not possible for the Engineer to make the entire site
available due to any reason, the land shall be made available by the Engineer
gradually in parts. The Contractor shall have to adjust his work programme
accordingly. No claim whatsoever for not giving the site on award of works
and for giving the site in parts shall be tenable except for the purpose of
extension of time, where justified.
14.2 Within 15 (Fifteen) days of issue of LOA, Contractor shall set up his office
within the project area and provide his address for correspondence,
phone/fax no, email ID. and other details for convenient exchange of
information and delivery of letters and instructions by Employer/ Engineer/
IE.
14.3 Within 30 (Thirty) days of issue of LOA, Contractor will establish his camp
-78
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
for storage of construction materials, P&M and for setting up the laboratory
at a location within the project area and intimate the address of the camp to
Engineer/ Employer. Contractor will make his own arrangement for
electricity, water and phones etc. Employer/ Engineer will not be able to
extend any help in this regard. A furnished office space with two (2) rooms
of minimum 100 sq feet each shall be provided with separate toilet for use of
IRCON’s representative. The same including maintenance expenses (regular
upkeep, watch & ward, water & electricity etc) is partly compensated by
payment in relevant BoQ Items as provided for. Minimum furnishing shall
include the provision & maintenance of Executive Office Tables (Godrej
Model No. T-108 or equivalent ) & Chairs (Godrej Model No. PCH-701 or
equivalent) - 2 each, Visitor Chairs (Godrej Model No. CHR-6 or
equivalent ) – 4 Nos, Steel Almirah 1980mm x 915mm x 485mm (Godrej
Model Minor plain or equivalent ) – 5 Nos., Racks – 5 tier 1800mm x
900mm x 375mm – 2 Nos, Ceiling & Table / Stand Fans – 2 Nos each,
Desert Cooler with water cans (as per requirement) – 1 No., Desktop (Dell
Inspiron) / Laptop Computers (Dell/hp) with accessories (hp Laserjet
Printer cum scanner etc) – 2 Nos. Any other items such as internet required
for smooth functioning (office work) of site engineers of the employer at the
site office shall be provided by the contractor and the cost for the same is
deemed to be included in the contract price.
16.1 The Contractor shall provide and keep on the works, efficient and
competent Engineers to ensure that the work is executed strictly as
per provisions of the Contract as per Clause 14 of GCC. It shall be
-79
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
** The Material Engineer and the Safety officer will have to report to the
Engineer of the Employer daily (on all working days) and a Muster shall be
maintained in the office of the Engineer for regulating the same.
-80
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
The technical staff shall be got approved in writing from the Engineer
(whose approval may be withdrawn any time) for supervision of works and
to receive direction from the Engineer of the work on behalf of the
contractor. The supervisory staff of the contractor will not be changed
without the approval of the Engineer.
16.2 In case, the Contractor fails to deploy the sufficient Engineers as described
in para 16.1 above within 30 days starting form issue date of LOA, the
Engineer shall be entitled to recover the following amount from the dues of
the Contractor:-
16.3 The decision of the Engineer for period the required technical staff was not
employed by the contractor and as to reasonableness of the amount to be
deducted on this account shall be final and binding on the contractor.
16.4 The details of skilled manpower/ workers trade wise i.e. operator, machine,
Supervisor, semiskilled workers, labour, with details of permanent staff shall
be submitted by the contractor within 15 days after the award of work. This
shall be submitted along with the programme of works.
18.0 ROYALTY
18.1 The Contractor will have to deposit the amount towards royalty on the
applicable materials with concerned authorities from time to time as the
work progresses based on the applicable rates of State Government.
-81
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
19.1 The Contractor shall, within 15 (fifteen) days of the date of receipt of the
Letter of Acceptance, submit to the Engineer for his consent three copies of
programme for the execution of the work.
19.2 Unless otherwise agreed, the programme shall generally be based on the
programme submitted with the Bid and shall include:
(i) A detailed method statement defining the Contractor’s
methodology for construction backed with his proposals for
construction equipment planning and deployment duly supported
with broad output calculations and details of the quality control
procedures proposed to be adopted, justifying his capability of
achieving the completion of work in accordance with the stipulated
period of completion. The method statement shall conform and
satisfy the requirement of Clause 115 of Technical Specifications.
(ii) A bar chart showing the quantities of principal work items to be
performed each month together with the mechanical equipment,
-82
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
19.3 The Contractor shall also submit the monthly cash flow chart requirement
prepared based on the work program in a clear and acceptable form.
19.4 If the work programme & Cash flow chart submitted by the Contractor is
deemed in any way incomplete or unacceptable by the Engineer/ Employer,
the Contractor shall be given seven days to revise and resubmit it to the
Engineer’s satisfaction.
19.5 If the Contractor fails to submit the Cash flow chart and work programme
within 30 (Thirty) days of the date of receipt of the Letter of Acceptance, the
Engineer shall prepare the work programme and issue the same to the
Contractor for implementation on the Contract, which shall be final and
binding on the Contractor.
20.0 INSPECTION OF WORK AND REVIEW OF PROGRESS BY
CLIENT/ OWNER
20.1 The Owner/ Client or his representative may inspect and review the progress
of works and may issue appropriate directions to the Engineer for taking
necessary action. The Owner/ Client or his representative may also test
check the quality and quantity of the materials brought to the site for
incorporating in the permanent works and may also test check the quantity,
quality and workmanship of the Work executed in the presence of the
representatives of the Engineer and the Contractor.
20.2 The Contractor shall depute at least his Project Manager or authorized
Senior Site Representative to attend all periodic Progress Review Meetings
notified by the Engineer/ Employer/ Client/ IE/Owner.
-83
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Total
Sl. No. Name Capacity
Nos.
1 Hot Mix Plant 80 TPH 1
2 Batching Plant 30 cum/Hr 1
3 WMM Plant 100 TPH 1
4 Tipper 18 – 20 MT 20
5 Transit Mixer 6 cum 4
6 Motor Grader 135 HP 2
7 Wheel Loader 1.7 cum 2
8 Soil Compactor 10 MT 2
Sensor Paver
9 9 & 4.5 Metre 01 Each
(Asphalt/WMM)
10 Tandem Roller 10 T 1
11 PTR 10 MT 2
12 Bitumen Distributor 6 KL 1
13 Water Tanker 3KL / 10 KL 1
14 Back hoe / Excavator 0.6 cum / 1 cum 1
15 DG Set 30 - 400 KVA 3
16 Kerb Casting machine 1
17 Mini Tandem Roller 3T 1
18 Air Compressor 175 / 300 CFM 2
19 Concrete Pump 30/15 cum / Hr 1
20 Hydra 20 T 1
21 Weigh Bridge 50T/ 60T 1
Crushing Plant with
22 250 / 300 TPH 1
VSI & HIS
23 Dozer D50/D60 1
Failure to deploy the above mentioned minimum Plant and Equipment shall
attract actions for recovery of Rs. 10 (Ten) Lakhs for non deployment of
major equipment in time and Rs. 1.0 (one) Lakh for non deployment of
minor equipment in time. In case of failure to mobilise the required Plant &
Equipment, even after imposing the said penalty, action for termination of
contract shall be initiated.
-84
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
The Engineer shall be entitled to substitute / make good any shortfall in the
deployment / Procurement of required resources (any material, labour,
Plant & Equipment, Tools & Plants, Laboratory equipment, Supervisory
staff, Safety & Environment officer and his team etc.) at the full risk and
cost of the contractor in case of failure to comply with the instructions of
the Engineer with final Notice of seven days.
-85
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
SECTION - 6
GENERAL CONDITIONS OF CONTRACT
(Uploaded as a Separate Booklet)
-86
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
SECTION - 7
SAFETY, HEALTH AND ENVIRONMENT SPECIFICATIONS
[Uploaded as a Separate Booklet)
-87
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Section - 8
TECHNICAL SPECIFICATIONS
-88
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
TECHNICAL SPECIFICATIONS
1.0 Contractor will execute the work in accordance with the specifications and
description of item as given in BOQ.
2.4 Where the codes, standards and specifications are silent on any aspect,
the following standards in. order of preference shall be adopted in
consultation with engineer, unless otherwise specified in this Schedule:
(a) Bureau of Indian Standards (BIS)
(b) American Association of State Highway and Transport Officials
(AASHTO).
(c) Geometric Design for Highways.
(d) American Society of Testing Materials (ASTM).
(e) British Standards (BS)
(f) Suitable specification/standard devised by the Engineer/
Independent Engineer (IE/IC)
-89
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
3.2 For items other than road and bridge works, where the specifications
are not available, the same shall be finalized by Engineer in
consultation with the Independent Engineer.
4.1 In the absence of any definite provisions on any particular issue in the
aforesaid Specifications, reference may be made to the latest codes and
specifications of IRC and BIS in that order. Where even these are
silent, the construction and completion of the works shall conform to
sound engineering practice as approved by the Engineer and in case of
any dispute arising out of the interpretation of the above, the decision
of the Engineer shall be final and binding on the Contractor.
4.2 Warranty
4.3 Bidders may purchase the “Specifications for Road and Bridge work
(Fifth Revision)”, published by “Indian Road Congress”, New Delhi,
from the following address:
-90
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
1.0 PREAMBLE
1.1 General
The contract unit rate for Dense Graded Bituminous Macadam shall be
payment in full for carrying out all the required operations as specified and
shall include, to all components listed in Clause 501.8.8.2. The rate shall
include the provision of bitumen, at 4 percent and 4.5 percent by weight of
the total mixture for grading 1 and grading 2 respectively.
-91
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
The contract unit rate shall be all as specified in Clause 505.9, except that the rate
shall include the provision of bitumen at 5.2 percent & 5.4 percent for grading 1 and
grading 2 by weight of total mix respectively. The variation in actual percentage of
bitumen used will be assessed based on the job mix formula / formulae approved by
the Engineer and the payment adjusted plus and minus accordingly.
The contractor is responsible for the Initial rectification and thereafter for the routine
maintenance as described below:-
Initial rectification shall be carried out after the section is handed over to the
contractor. It involves temporary repairs to the extent necessary to put the road in a
safe and reasonable condition for the smooth passage of traffic.
Only two items as provided for in the BoQ shall be paid for the initial rectification
and payment for all other items as stipulated in the technical specifications under
Section 3000 is deemed to be included in the contract price. Further, the payment for
bituminous work in connection with Maintenance and Repair (after the initial
rectification) under section 3004 shall be only made for the existing road portion
where the works under the contract relating to six laning is not taken up. Once any
section or part thereof is taken up for carrying out the works related to six laning, all
routine maintenance & repair works of the existing roads shall be done by the
contractor only till the commercial date of operation (COD) without any extra
payment for the same and the accepted rates in the contract are deemed to include the
cost for the same.
-92
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Section - 9
-93
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
CONTENTS
1. Declaration
2. Statement of Deviation
Note: Tenderers should submit all the requisite details in the above proforma.
-94
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
DECLARATION
Ref: Dated:
From: - _____________________________________________
To,
IRCON International Limited,
Name & Address of Project
Dear Sir,
This has reference to your above referred tender. We declare that we are fully
qualified to execute the above work. We further declare that we have brought out all
our deviations to the conditions of contacts stipulated in your tender documents in the
“Statement of Deviations” indicating therein the cost of withdrawing the conditions
in case you require us to do so. We also declare that the maximum liability to you for
such withdrawal will be limited to the amounts mentioned against each deviation
separately.
It is understood that the deviations to the conditions of the tender documents as have
been brought out in above referred Statement of Deviations are exhaustive.
We agree and declare that irrespective of whatever has been stated elsewhere in the
tender documents only those deviations that have been specifically brought out in
Statement of Deviations will hold good.
Thanking You,
Your Faithfully,
SIGNATURE,
NAME (IN CAPITAL)
DESIGNATION
DATE:
(To be duly stamped and signed and submitted with the tender.)
-95
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
STATEMENT OF DEVIATION
To, Tenderers’ Name & Address
Ircon International Limited,
Name and Address of Project
Dear Sirs,
Irrespective of whatsoever has been stated to the contrary anywhere else in our offer,
only following are the deviations and variations from and exception to the
specifications and Tender documents for the above mentioned subject work. These
deviations and variations are exhaustive. Except for those deviations the entire work
shall be performed as per your specifications and tender documents.
-96
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Section - 10
(Uploaded separately as Booklets / Sets )
Important Note:
The enclosed / uploaded Technical Schedules & Drawings-Plan & Profile
and X-Sections are for tender purpose only. The works shall be carried
out as per the approved drawings and technical schedules which are
under preparation and may vary from the drawings / schedules enclosed
in this tender.
-97
e-Procurement Documents DAVANAGERE HAVERI HIGHWAY PROJECT
Section - 11
-98